|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 17,1998 PSA#2053Officer in Charge of Construction, Naval Air Weapons Station, China
Lake, California 93555-6100 M -- BASE OPERATING SERVICES SOL N62474-96-R-6320 DUE 032398 POC
Contract Specialist, Carlo Espiritu (760) 939-4414 This is a sources
sought synopsis seeking potential Small Business, Small Disadvantaged
Business, or Women-owned Small Business firms that have an interest in
submitting as a prime contractor only an offer to provide Base
Operating Services at Naval Air Weapons Station (NAWS), China Lake,
California. The services shall include a variety of base operating
services for but not limited to grounds maintenance, custodial
services, hood, vents, and exhaust system cleaning, mail courier,
housing maintenance, combined bachelor quarter operations,
dispatching/alarm room monitoring, pass desk, security guard, supply
operations, hazardous waste disposal, laundry, weed and pest control,
transportation operations including provision of Civil Engineering
Support Equipment (CESE) fleet, solid waste collection and disposal
services, ordnance support, and construction services. This firm may
also be required to perform limited services at any or all of the Naval
Air Warfare Center Weapons Division locations including but not limited
to NAWS Pt. Mugu, California, Naval Weapons Evaluation Facility
Albuquerque, New Mexico, and Naval Air Warfare Weapons Station White
Sands Missile Range, New Mexico. The proposed procurement is proposed
to be issued as a combination of a Firm Fixed-Price and Indefinite
Quantity type contract with Award Fee. The contract duration is for one
(1) base year and four (4) option years. All sources shall be able to
have a Top Secret clearance, capability to do electronic data
interchange with the Government, and be able to receive required
bondings. Interested sources shall provide the following information
regarding the irqualifications, capabilities and experience : 1)
Financial capability: provide financial statement showing capability to
handle a contract of up to $20 million a year, 2) Bonding: provide
maximum bonding capability, 3) Past Performance: provide references
including contract numbers and point of contacts and phone numbers for
relevant (similar in scope and complexity) projects performed during
the last three years. These may be government or commercial. 4)
Experience: Briefly describe the contracts or programs that your firm
has worked in the last 5 to 7 years that show experience in performing,
and overall management of, similar types of contracts (similar in scope
and complexity) and show the experience of key managers, 5) Management
structure: provide your proposed management structure for this
contract with a brief description of the lines of responsibilities; and
6) Small business certification: Provide a self -- certification that
you are a small business forth is sic code and size standard. This
information is required in writing and failure to provide information
on any of the criteria above (#1 through #6) will result in your firm
being excluded from further consideration. This information must be
submitted no later than close of business 23 March 1998 and may be
faxed to : Carlo Espiritu at (760) 939-6535. If adequate interest is
not received from Small Business firms, thesolicitation, which is
presently being solicited as UNRESTRICTED and is to be issued on or
about 17 March 1998, will continue. The Standard Industrial Code (SIC)
for this services is 8744. The small business size standard is $20
million.***** (0072) Loren Data Corp. http://www.ld.com (SYN# 0079 19980317\M-0001.SOL)
M - Operation of Government-Owned Facilities Index Page
|
|